Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2022 SAM #7658
SPECIAL NOTICE

69 -- Djibouti Range in a Box (RIAB) Systems

Notice Date
11/16/2022 6:09:02 AM
 
Notice Type
Special Notice
 
NAICS
333310 —
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-DJIBOUTI-RIAB
 
Response Due
12/5/2022 9:00:00 AM
 
Archive Date
12/05/2022
 
Point of Contact
Purvi Kapadia, Phone: 4072083331, Glenda M. Torres, Phone: 4073843820
 
E-Mail Address
purvi.kapadia.civ@army.mil, glenda.m.torres.civ@army.mil
(purvi.kapadia.civ@army.mil, glenda.m.torres.civ@army.mil)
 
Description
Notice of Intent to Award Sole Source Federal Supply Class/Service Code: 6910 � TRAINING AIDS AND DEVICES North American Industry Classification Code: 333310 - Commercial and Service Industry Machinery Manufacturing Title: Djibouti Rugged Range in a Box (RIAB) Contract Vehicle: Single Award C-Type Closing Date: 05 December 2022, 12:00 PM PROGRAM DESCRIPTION: The PEO STRI IPO has a requirement to procure Rugged Range in a Box (RIAB) Systems, Associated Equipment, Spare Parts and New Equipment Training (NET) for the country of Djibouti.� The Government anticipates awarding a firm fixed price (FFP) contract for this effort. Equipment required as follows: (2 each) Rugged Range in a Box (RIAB) - 14 Target System (each includes: (1) Hand Held Range Controller (i.e. 2-in-1 tablet PC includes additional battery and target control software), (2) Wireless Router Assemblies, (14) Target Lifting Devices (TLD) Battery Powered/Wi-Fi Controlled); (2 each) Rugged RIAB 14 off-road trailer for storage, charging, and transportation of system components (each trailer custom built based on the M101 flatbed trailer system with single axle 96�L x 84�W x 65�H and a 240 volt 18 amp AC connection port for shore power system charging); (2 each) JP8 Fuel Generator Package; (2 each) Repeater Network Unit (i.e. Wireless Router Assemblies); (28 each) TLD T-Bar w/Silhouette mount hardware; (28 each) TLD Hit Sensor Assembly; (28 each) TLD Flasher Device; (28 each) TLD Ballistic Shield Medium � AR500; (56 each ) TLD Full Size Ivan Silhouette; (8 each) TLD Motion Sensor Device; (8 each) TLD Universal Mounting Bracket; (8 each) TLD Shoot Back Device; (4 each) Friend/Foe Mount hardware; (2 each) Spare Parts Packages NET includes: Operator and Maintenance training to be delivered during seven (7) working days Name of Intended Contractor is Strategic Systems (SSI), Inc 3434 Central Parkway SW Decatur, AL 35603.� The Rugged RIAB System is an SSI proprietary product.� The contract will be issued on a sole source basis in accordance with FAR 6.302-1. Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. PERIOD OF PERFORMANCE: The Period of Performance (POP) for this effort to include NET is 21 months after contract award. The effort will utilize 10 U.S.C. Section 333 Funds that will expire 30 September 2023. ACQUISITION APPROACH: This requirement will result in a Firm Fixed Price (FFP) FMS sole?source contract to the OEM. This action will be awarded in accordance with 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302?1(a)(ii)(A), only one responsible source and no other supplies or services will satisfy agency requirements. The Rugged RIAB System is an SSI proprietary product.� ESTIMATED DOLLAR VALUE: The total contract value for this effort is estimated at $515,076.00 RESPONSES REQUIRED: The proposed contracting action is for training systems, components, and technical support for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested firms may identify their interest and capability to meet the requirement and submit their response. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received maybe be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses shall be limited to eight (8) pages or less, including all attachments. All responses must include the following additional information: name and address of the firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Responses shall be submitted electronically by email to Purvi.Kapadia.civ@army.mil, no later than 1200 EST on Monday 05 December 2022. NOTICE: This notice of intent to award sole source is being provided to verify that no other sources can meet this requirement given only one responsible source and no other supplies or services will satisfy agency requirements given the proprietary technical requirements, expedited timeline and substantial duplication of cost to the Government that is not expected to be recovered through competition. Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government IAW FAR Part 6.302-1. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to account for preparation of responses to this notification. The U.S. Government will use the information received to determine whether other sources are available that are capable to satisfy this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c40271c3376481e8426bb7295a691a8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06519165-F 20221118/221116230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.